Clinical Waste Disposal Contract Aberdeen
The University of Aberdeen wish to appoint 2 contractors to form a ranked framework to uplift and dispose of clinical waste at the University of Aberdeen.
United Kingdom-Aberdeen: Clinical-waste collection services
2019/S 084-200371
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
University Office, King’s College
Aberdeen
AB24 3FX
United Kingdom
E-mail: E-SOURCING@ABDN.AC.UK
NUTS code: UKM50
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00102
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Clinical Waste Uplift and Disposal and Associated Services — University of Aberdeen
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The University of Aberdeen wish to appoint 2 contractors to form a ranked framework to uplift and dispose of clinical waste at the University of Aberdeen. The contract is to supply all external wheeled bins required, provide a scheduled uplift service and to safely dispose of clinical waste in a responsible and compliant manner to the satisfaction of the Director of Estates and/or his representative.
The intention of this contract is to ensure that all clinical waste generated at the University is collected safely, routinely, and disposed of in accordance with all relevant legislation.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The University of Aberdeen wish to appoint 2 contractors to form a ranked framework to uplift and dispose of clinical waste at the University of Aberdeen. The contract is to supply all external wheeled bins required, provide a scheduled uplift service and to safely dispose of clinical waste in a responsible and compliant manner to the satisfaction of the Director of Estates and/or his representative.
The intention of this contract is to ensure that all clinical waste generated at the University is collected safely, routinely, and disposed of in accordance with all relevant legislation.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
We anticipate the contract to be for a period of 3 years with the option to extend for 2 further periods, each of 12 months, subject to satisfactory performance and mutual agreement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
ESPD Question 4B1.1 (Minimum standards) Turnover should be up to twice the estimated contract value over the past 2 financial years. However, the client reserves the right to review and consider all supporting financial information in this regards.
ESPD Questions 4B5.1 and 4B5.2 — insurance requirements.
During the term of the Contract and for a period of 5 years thereafter, the supplier shall effect and maintain in force, with a reputable insurance company, a policy or policies of insurance covering all matters which are the subject of indemnities under the Contract including product liability insurance to a minimum sum of 10 000 000 GBP and employers liability insurance to a minimum sum of 5 000 000 GBP, in each case in respect of any one incident and unlimited as to the number of incidents unless otherwise agreed by the client in writing. Where the Contract relates to professional services, the supplier shall maintain in force with reputable insurers professional liability insurance in the sum not less than 5 000 000 GBP in respect of any one incident and unlimited as to numbers of claims. The Client reserves the right to require adjustments to such insurance cover if they consider that to be necessary.
III.1.3)Technical and professional ability
ESPD 4C.1.2 — Please provide relevant examples of similar services of a similar size and complexity during the last 3 years.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
Local framework rather than national framework – require longer to attract bidders.
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29692. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref: 581883)
VI.4.1)Review body
University Office, King’s College
Aberdeen
AB24 3FX
United Kingdom
Telephone: +44 1224274467
E-mail: e-sourcing@abdn.ac.ukInternet address: http://www.abdn.ac.uk/procurement
VI.5)Date of dispatch of this notice: